Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 229-418377/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Hampshire Constabulary
Hampshire Police and Fire Headquarters, Leigh Road
Eastleigh
Postal code: SO50 9SJ
United Kingdom
Contact points(s): Procurement Support Team
Phone: +44 1962-847915
Email: procurement.support@hants.gov.uk
Fax: +44 1962-841326
Internet Address(es):
General address of the contracting authority:
Electronic access to information:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Regional or local authority
I.3) Main activity: Public order and saftey
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
RMS Recommendations for Improvements of Police Back Office Systems, Culture and Processes.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 11: Management consultant services and related services
Main site or location of works, place of delivery or of performance: Hampshire Police and Fire Headquarters, Leigh Road, Eastleigh, SO50 9SJ.
Nuts code: UKJ3
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
In common with all UK police forces, HC utilises a crime recording system which serves as the main data repository for the force and is colloquially known as RMS (records management system). Hampshire Constabulary is seeking a suitably qualified and experienced supplier to provide recommendations for improvements to the human interaction, processes and culture in relation to this system, the scope of this review will not include the ability to make changes to the underlying RMS System.
The duration of contract shall be for a period of up to 3 years or such date as may be agreed between Hampshire Constabulary and the Supplier subject to acceptable delivery and completion of the services to the reasonable satisfaction of the Constabulary.
Note: Hampshire Constabulary works in partnership with Hampshire County Council and as such the procurement documentation can be found on the Council’s e-tender site (InTend):
II.1.6) Common procurement vocabulary (CPV): 73220000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The services will encompass a full review of Officer interaction, associated processes and behaviours with using the RMS system. The delivery approach and methodology for this contract will be agreed with Hampshire Constabulary subject to the outcome of this procurement exercise; see published tender documents for full details.
Estimated value excluding VAT:
Range: between 150 000 and 250 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
None.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Within the published documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not applicable.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Within the published documents.
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: Details within the published documents.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Details within the published documents.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Details within the published documents.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: YES
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
HC09679
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2016/S 191-344286of04.10.2016
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:27.12.2016
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
27.12.2016 – 14:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Date: 27.12.2016
Persons authorised to be present at the opening of tenders: no.
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
Any bidder who did not attend the bidders day held on the 25.10.2016 as previously advertised in the prior information notice concerning this contract should draw their attention to the power point document accompanying the published tender documents which was shown to those who attended the session.
Electronic invoicing will be accepted and/or Electronic payment will be used.
VI.4) Procedures for appeal:
VI.5) Date of dispatch of this notice:
25.11.2016